- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Common Stores Dolly, P/N 3637AS0600-3, Repair of Repairables
Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Apr 01, 2026. Industry: NAICS 811310 • PSC J017.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 811310 (last 12 months), benchmarked to sector 81.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
More in NAICS 811310
Description
The Naval Air Warfare Center Aircraft Division Lakehurst (NAWCAD LKE) intends to solicit, negotiate, and award to D. Gillette Industrial Services Inc. (DGI) a Basic Ordering Agreement for the repair of repairables of the Common Stores Dolly, P/N 3637AS0600-3, NSN: 4920-01-646-8512 in support of the United States Navy F/A-18 E/F and MQ-25 Stingray aircraft. This requirement also includes the upgrade of previous configurations 3637AS0600-1 and 3637AS0600-2 to the current 3637AS0600-3 configuration.
This requirement is being pursued under the authority of 10 U.S.C. 3204(a)(1), Only one responsible source and no other supplies or services will satisfy agency requirements. DGI is the only source with the proprietary apparatuses uniquely designed for the repair of all configurations of the Common Stores Dolly. Development of alternative apparatuses for the repair of the Common Stores Dolly is not feasible due to unsupportable timeline and cost.
THIS NOTICE IS NOT A REQUEST FOR PROPOSALS.
However, the Government will consider all responses received within fifteen (15) days after the date of publication of this synopsis. Active registration in the System for Award Management (SAM) (https://www.sam.gov) is mandatory for consideration for award of any Department of War contract. A determination by the Government not to compete this procurement based upon responses to this notice is solely within the discretion of the Government. The Government is not obligated to, and will not, pay for any information received from potential sources as a result of this synopsis. There is no commitment by the Government to issue a solicitation, make an award or awards, or be responsible for any money expended by interested parties before an award for the effort described above is made. Information provided herein is subject to change and in no way binds the Government to solicit for or make an award for the effort described above. Responses must be received within fifteen (15) days of publication of this notice via email, no later than 01 April 2026, 3:00 PM EDT to Alexander Buchan at alexander.g.buchan2.civ@us.navy.mil. Content should be limited to ten (10) pages.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.